Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900

L -- NEW YORK HARBOR AREA TECHNICAL AND SCIENTIFIC SERVICE CONTRACT SOL DACW51-98-R-0038 DUE 082798 POC Michael McHugh, 212-264-5995. Services for indefinite delivery-type contract for professional technical scientific and engineering support services associated with dredging and dredged material disposal activities within the New Dork District. This is an UNRESTRICTED procurement. A single-firm, fixed price Indefinite Delivery Type Contract will be awarded. The term of this contract will be for a base period of one year with an annual option to renew for four consecutive years. Early exercise of an option year is allowed before the expiration of the base contract period (or preceding option period), only if the contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. There is an accumulated $5,000,000.00 limit per base period and each option year. Individual delivery orders will not be subject to either minimum or maximum limits. Location: The work assignments will take place in broad scale regions of the near shore ocean/marine environment of the New York Bight, New York Bight Apex and the inland estuarine environment and surrounding waterways of The Port of New York and New Jersey, inclusive of New York Harbor and adjacent waters within an area currently encompassed by the U.S. Army Corps of Engineers, North Atlantic Division. Scope of Services Required: The services to be performed will consist of technical scientific and engineering support for dredged material removal and disposal activities taking place within specific areas previously described. These technical support services will embody the performance of separate sets of tasks that will include, but not be limited to, diverse oceanographic and environmental studies in support of a comprehensive management and monitoring program. These services will incorporate elements of contemporary technologies and practices to address the responsible regulation of dredging and disposal activities within the New York District. Furthermore, the services will involve extensive coordination and interaction with Federal, State and Local agencies and citizen and environmental groups/organizations. In addition, a systematic field measurement/monitoring program using accepted state-of-the-art techniques at currently and formerly active dredged material disposal sites and prospective open-water dredged material placement sites, will be implemented. The program will consist of, but not be limited to, specialized investigations in all fields of scientific (biological, chemical, geological and physical) and engineering (ocean and environmental) disciplines specifically related to the marine and estuarine environment. Special Qualifications: The firm selected must: 1) be familiar with the U.S. Army Corps of Engineers Dredged Material Program and the unique set of issues associated with the regulation, operations and management of dredging and disposal activities in the adjacent waters of the eastern United States and the geographic region extending from Maine to Florida, 2) possess historical knowledge of regional dredged material removal (i.e., dredging) and disposal techniques and in-situ capping practices at EPA designated, non-dispersive, ocean disposal sites regulated under the Marine Protection, Research and Sanctuary's Act (1972), Sections 102 and 103, and at open-water/aquatic disposal sites regulated under Section 404 of the Clean Water Act, 3) have sufficient staff and equipment to be able to perform two delivery orders simultaneously. Proposals must list both the types of field, laboratory and office equipment that will be utilized to carry out an individual task. It must also clearly demonstrate the firms ability to be able to collect, process/analyze and present environmental and oceanographic data according to predetermined specifications and standards. Horizontal and vertical control of Second Order Class II are required for all field surveys. Precision hydrographic surveys must conform to Class I standards. Laboratory analysis will also conform to analytical QA/QC procedures as prescribed in contemporary testing methodology. Laboratory must meet EPA and COE, Missouri River Division, certification requirements. Technical Capabilities Required: The firm selected must: 1) possess the capability to undertake and maintain a field data acquisition program involving electronically integrated systems to monitor the placement of dredged material at open water and aquatic dredged material discharge sites, 2) be able to routinely interface field collected data with a shore-based computer system, 3) be familiar with relational database systems and graphic user interfaces, 4) own or have immediate access to a sediment profiler camera (REMOTS(r) or equivalent) and image processing hardware and software which includes but is not limited to the following types of outputs: digital statistical imagery, sediment grain size, subsurface and infaunal analysis, 5) be capable of producing, in hardcopy or electronic form, two and three dimensional physiographic relief maps, sediment accumulation contoured difference maps, contoured bathymetric survey maps (A and E size), horizontal seafloor surficial sediment distribution data using digital side scan sonar technology and vertical imaging data using digital sub-bottom profiling, 6) be capable of collecting and storing all data electronically, in CADD and/or GIS formats, and submitting both products displayed in either hard maps or electronic data. Evaluation Factors (in descending order of importance): Professional (i.e., Ph.D. level scientists/P.E. level engineers) and staff qualifications necessary for satisfactory performance of required services, Specialized experience and technical competence in the type of work required, Capacity (i.e., equipment and facilities) to accomplish the work in the required time, Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. Specifications will be available on or about 27 July 1998. Proposals are due on or about 27 August 1998. The cost of the Plans and Specifications package is $25.00 (NON-REFUNDABLE) and may be paid by check or money order, payable to "USA, COE, NED, FAO". Parties requesting the Plans and Specifications package must do so in writing, stating the solicitation number or project name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile numbers (including area codes). Specifications may be examined at the following locations: This office at 26 Federal Plaza, Room 1831, New York, N.Y., Brown's Letters, 1167 McBride Ave., West Paterson, N.J. 07424, and F.W Dodge, 148 Princeton-Hightstown Road, Hightstown, N.J. 08520. Posted 07/10/98. (0191)

Loren Data Corp. http://www.ld.com (SYN# 0054 19980714\L-0002.SOL)


L - Technical Representative Services Index Page